Long Term Bucket Truck Rental; Base Year Plus Four Option Years
ID: FA462625Q0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing (532120)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a long-term lease of a bucket truck for the 341st Civil Engineer Squadron at Malmstrom Air Force Base in Montana. The contract encompasses a base year plus four optional years for leasing a high voltage bucket truck, which must include a two-person bucket with 4-wheel drive capability and material handling jib, aimed at enhancing operational capabilities while addressing previous maintenance delays. The total award amount is estimated at $47,000,000, with proposals due by the specified deadline, and interested parties should direct inquiries to Cody West at cody.west.2@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil for further information.

    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for a Long Term Bucket Truck Rental for Malmstrom Air Force Base, indicating it is a new project without prior similar contracts. It specifies the requirement for a 4WD bucket truck with a reach of 55 to 65 feet, aligning with Air Force standards. Delivery is anticipated on May 9, 2025, with maintenance coordination through Civil Engineering at local service stations. The billing structure allows for monthly invoices, and the firm fixed-price contract includes rental, delivery, and maintenance costs rolled into one figure. Acceptance of the vehicle will depend on operational readiness and maintenance records upon delivery. The contract does not require the vendor to provide operators for the equipment. The document emphasizes adherence to specifications outlined in the Performance Work Statement (PWS) and outlines the process for invoicing and payments through the Wide Area Workflow (WAWF). Overall, the RFP seeks qualified proposals for a lease agreement that meets specified operational and maintenance criteria while ensuring compliance with set standards.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract concerning a long-term lease of bucket trucks for the Air Force at Malmstrom AFB, with an estimated total cost of $47 million. Key sections include a requisition number, effective award date, solicitation details, and contact information for inquiries. The solicitations involve itemized pricing for bucket truck rentals across multiple option periods, emphasizing fixed pricing agreements. It mandates strict adherence to contract specifications, inspection protocols, and payment processes, which include electronic submission of invoices via the Wide Area Workflow system. The contractor is responsible for various compliance measures, including small business regulations and labor standards. The overall tone is formal, focusing on the regulatory framework guiding the procurement process. This document serves as a critical reference for potential contractors to understand the requirements, pricing structures, and compliance expectations associated with the government bid for leasing bucket trucks.
    The document outlines a solicitation for a long-term lease of bucket trucks under the Women-Owned Small Business (WOSB) program. Requisition number FA462625Q00130001 specifies a total award amount of $47,000,000, with a delivery schedule beginning on the date of award and lasting for 12 months, extendable through four option periods of the same duration. Key details include submission requirements for offers, pricing arrangements as firm-fixed prices, and specific evaluation criteria emphasizing the lowest price conforming to specifications. The contractor is obligated to adhere to various Federal Acquisition Regulation (FAR) clauses governing procurement, including payment methods, inspection, and acceptance criteria. Clarity is provided regarding wish to encourage small business participation, specifically those classified as economically disadvantaged and service-disabled veteran-owned. Contract clauses are integrated to support legislative compliance and establish conditions for contract management and execution. Overall, the document underscores the environmental commitment of federal contracts while ensuring competitive procurement practices for government projects, particularly favoring WOSBs.
    This document serves as an amendment to a solicitation for bucket truck rental services under contract FA462625Q0013. It outlines the process for acknowledging the amendment, which may include submitting a signed copy or an electronic acknowledgment prior to the submission deadline. The modification changes the contract's line item structure significantly; instead of individual jobs, the amended contract reflects rental for a period of 12 months across several option periods. Specific option line items for various periods have been deleted and new ones added, explicitly detailing the service requirements for each period. Furthermore, the document designates inspection and acceptance locations, all managed by the same point of contact. The main purpose of this amendment is to clarify submission instructions, modify item quantities and types, and update inspection procedures, ensuring service needs align with operational requirements. This document is essential for fostering compliance and clarity in the execution of government contract obligations.
    The government file outlines a Performance Work Statement (PWS) for leasing a high voltage bucket truck for the 341st Civil Engineer Squadron (CES) at Malmstrom Air Force Base (AFB). This contract encompasses a non-personal service agreement for the long-term lease of one bucket truck, including a two-person bucket with a 4-wheel drive capability and material handling jib. The contractor is responsible for all associated personnel, equipment, and maintenance services, delivering the vehicle with current operational and maintenance records. The lease is set for one base year with four optional extension years, aiming to alleviate significant maintenance delays experienced due to the previous truck's prolonged maintenance issues. The contractor must also ensure that all work complies with safety regulations, particularly for high voltage operations. The document stipulates the roles of the Contracting Officer and Contracting Officer's Representative, alongside rights related to documentation and ownership. The overarching goal is to enhance the operational capabilities of the CES while mitigating organizational conflicts of interest during the contracting process.
    Similar Opportunities
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFAC Far East, is soliciting proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific mandatory characteristics, including a platform capacity of at least 250 kg, compliance with JIS or ISO standards, and various safety and operational features, with delivery required within 600 calendar days from the award date. This procurement is particularly significant as it supports the operational capabilities of the U.S. Navy in the region. Interested vendors, especially Women-Owned Small Businesses, must submit their quotes in Japanese Yen by January 19, 2026, and are encouraged to direct inquiries to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.